MACDILL AFB - MACC 4.0 Industry Day information - 15AUG25
ID: FA481425FMACCType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4814 6 CONS PKTAMPA, FL, 33621-5119, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is hosting an Industry Day for the Multiple Award Construction Contract (MACC) 4.0 at MacDill Air Force Base (AFB) in Tampa, Florida, scheduled for August 15, 2025. This procurement aims to establish a Firm Fixed Price IDIQ contract with an estimated ceiling of $500 million over 7-10 years, focusing on commercial and institutional building construction, with task order values ranging from $100,000 to $5 million. The MACC 4.0 is critical for supporting various military commands and partners, including USSOCOM and USCENTCOM, and emphasizes sustainability, energy efficiency, and compliance with cybersecurity standards under the Cybersecurity Maturity Model Certification (CMMC). Interested contractors are encouraged to register in SAM under NAICS code 236220 and prepare for a Draft RFP anticipated in Q1 2026, with contract awards expected in March 2027. For further inquiries, contact the 6th Contracting Squadron at 6CONS.PKC.MACC4@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the access list for participants in the 6 CONS Industry Day 2025 event, scheduled for August 15, 2025, at MacDill Air Force Base. All entries are attributed to an individual named Jason Wilkin, identified by his contact number, indicating continued repetition of the same name in the list. The document serves as a formal record to ensure security and access control for participants linked to the event, which is likely part of a broader initiative for federal contracting opportunities. By consolidating participant data, it aims to maintain order and meet compliance related to base access protocols during the event. This information is pertinent for those involved in government RFPs and grants, emphasizing the importance of transparency and structured access during such gatherings. Overall, it reflects the military's commitment to managing event logistics effectively while ensuring the safety and security of the venue.
    The Cybersecurity Maturity Model Certification (CMMC) Program, developed by the Department of Defense (DoD), aims to enhance cybersecurity within the defense industrial base. It establishes a tiered model requiring companies to implement progressively advanced cybersecurity standards based on the type and sensitivity of unclassified DoD information handled, specifically Federal Contract Information (FCI) and Controlled Unclassified Information (CUI). CMMC status is valid for three years. The program outlines specific scoping requirements for each of its three levels, detailing the information systems and assets that must be assessed. DoD Program Managers determine the appropriate CMMC assessment level based on the data type managed by contractors and subcontractors. Solicitations will gradually incorporate CMMC Level 1, 2, or 3 requirements as a condition for contract awards, with Level 1 and 2 self-assessments starting at the rule effective date, and Level 2 and 3 certifications phased in over 12 and 24 months, respectively.
    The DoD-CIO-00005 CMMC Scoping Guide for Level 1, Version 2.13, provides essential guidance for Organizations Seeking Assessment (OSAs) conducting Level 1 self-assessments under the Cybersecurity Maturity Model Certification (CMMC). This document clarifies existing requirements from 32 CFR § 170.19 and is intended for OSAs and their support professionals. The assessment scope defines which assets within an OSA's environment will be evaluated, with no specific documentation requirements for Level 1. In-scope assets are those that process, store, or transmit Federal Contract Information (FCI). Out-of-scope assets do not handle FCI, while Specialized Assets, such as IoT devices, GFE, and Operational Technology, are also excluded from the assessment despite potentially handling FCI due to their inability to be fully secured. The guide emphasizes considering people, technology, facilities, and external service providers when scoping, as these elements directly relate to fulfilling Level 1 security requirements. Significant architectural or boundary changes necessitate a new assessment, while operational changes within an existing scope are covered by annual affirmations.
    This document, the CMMC Scoping Guide Level 2, provides essential guidance for Organizations Seeking Assessment (OSAs) and Organizations Seeking Certification (OSCs) regarding the Cybersecurity Maturity Model Certification (CMMC) Level 2. It outlines the process for identifying and defining the CMMC Assessment Scope, categorizing assets into five types: CUI Assets, Security Protection Assets, Contractor Risk Managed Assets, Specialized Assets, and Out-of-Scope Assets. The guide details the specific documentation and assessment requirements for each asset category. It also provides additional guidance on separation techniques for assets, considerations for External Service Providers (ESPs), and various use cases such as handling Federal Contract Information (FCI) and the use of enclaves. The primary purpose is to clarify existing CMMC requirements and ensure a standardized approach to Level 2 assessments, which can be either self-assessments or certification assessments conducted by a C3PAO.
    The DoD-CIO-00007 (ZRIN 0790-ZA23) CMMC Scoping Guide Level 3 provides essential guidance for Organizations Seeking Certification (OSCs) aiming for Level 3 Cybersecurity Maturity Model Certification. This document clarifies the scope of assessments, asset categorization, and associated requirements under 32 CFR § 170.19. It defines four asset categories: Controlled Unclassified Information (CUI) Assets, Security Protection Assets, Specialized Assets, and Out-of-Scope Assets, detailing their descriptions, OSC responsibilities, and CMMC assessment requirements. The guide mandates comprehensive documentation, including asset inventories and network diagrams, and outlines specific considerations for External Service Providers (ESPs), including Cloud Service Providers (CSPs), regarding FedRAMP compliance and assessment scope. It emphasizes that Level 2 Plan of Action and Milestones (POA&M) items must be closed before initiating a Level 3 assessment and that significant architectural or boundary changes necessitate a new assessment.
    The provided document appears to be an attendee list for an event, likely a pre-bid conference or an industry day, related to government contracting. It lists various companies, their number of attendees, and their locations (city and state). The companies represent a range of services including construction, roofing, engineering, environmental assessments, and electrical work, indicating a diverse interest in potential government contracts. The majority of the attendees are from Florida, particularly the Tampa area, suggesting the event or the opportunities it pertains to are primarily based in or relevant to Florida. Other states represented include Alabama, Georgia, California, and Mississippi. The document highlights the engagement of various businesses, including small and large enterprises, in the government contracting sector, aiming to secure federal or state/local RFPs or grants.
    The 6th Contracting Squadron hosted an Industry Day for its Multiple Award Construction Contract (MACC) 4.0 at MacDill Air Force Base (AFB) on August 15, 2025. This event provided an overview of the squadron's mission to support various commands and partners, including USSOCOM and USCENTCOM, with over $1 billion in contracting. The MACC 4.0, a Firm Fixed Price IDIQ contract with an estimated ceiling of $500M over 7-10 years, will focus on commercial and institutional building construction (NAICS 236220). The briefing detailed the MACC 3.0, its predecessor, which involved 19 contractors for projects like the KC-46 Expansion and hurricane repair. Key elements of MACC 4.0 include a "Best Value Trade-Off" selection criterion and requirements for demonstrable capabilities in mechanical, electrical, and design work. The acquisition process will include a Draft RFP in Q1 2026 and an anticipated award date of March 2027. Attendees were advised on base access rules, prohibited items, visitor pass requirements, and environmental compliance, including unique Florida considerations like hurricanes and high water tables. The 6th Civil Engineer Squadron (CES) also presented its role in maintaining base infrastructure, covering various project categories such as HVAC, roofing, and pavements, emphasizing the "mission-driven" nature of projects on military installations. Contractors were encouraged to register in SAM under NAICS 236220 and to submit well-prepared proposals, as the government does not anticipate exchanges.
    The 2025 MACC 4.0 Industry Day Questions & Answers document outlines key aspects of the upcoming Multiple Award Construction Contract (MACC) at MacDill AFB. It addresses contractor concerns regarding base access and background checks, emphasizing the importance of hiring U.S. citizens and proper documentation for foreign nationals. The document clarifies that while initial MACC awards will be based on best value, subsequent task orders will primarily be lowest price. It also details the government's approach to design and construction, requiring design completion before construction begins due to risk management. Key insights include the government's efforts to learn from MACC 3.0, the desire for a larger pool of contractors for new perspectives, and the typical task order range of $200K - $8M. The document also touches on CMMC requirements, invoicing, and the application of the Buy America Act.
    This document addresses key questions regarding a federal government Multiple Award Construction Contract (MACC). Projects will be a mix of design-build and design-bid-build, with task order values ranging from $100K to $5M. The anticipated average is 28.5 projects annually, valued between $250K and $500K. The government plans for an on/off-ramp system for contractors during the MACC's life. Security requirements will be detailed in task order Statements of Work (SOWs), beyond standard base access. Performance will be evaluated using CPARS ratings for projects over $750K, focusing on Quality, Schedule, Management, and Regulatory Compliance. Sustainability and energy-efficiency, including LEED products for lighting, are expected. Joint ventures must ensure all concerns are individually registered as small businesses in SAM. A draft SOW for the MACC is planned, with consideration for releasing a Task Order Seed project scope. The established NAICS code is deemed sufficient for the contract's multi-capability needs.
    Similar Opportunities
    2027 McConnell AFB MACC IDIQ
    Dept Of Defense
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Sources Sought: Minot AFB Construction MACC
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million, exclusively set aside for small businesses. This contract will facilitate the issuance of task orders for various construction projects within the Savannah District's area of responsibility, primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work. Interested contractors must submit their proposals by December 18, 2025, at 1100 hours EST via the PIEE Solicitation Module, and should direct inquiries to Gregory Graham at gregory.m.graham@usace.army.mil or by phone at 912-652-5476.
    Multiple Award Construction (MAC) Basic Ordering Agreement (BOA) 2026 Annual Synopsis
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a Multiple Award Construction Basic Ordering Agreement (BOA) program for construction, repair, and maintenance services at Tinker Air Force Base in Oklahoma. This program aims to provide a broad range of construction services, including Design-Build and Construction Only projects, with a focus on small business participation for projects valued under $25 million, while larger projects will be open to full competition. The BOA will be valid for up to five years, and interested contractors must submit proposals in response to the annual BOA Invitation to qualify for future Order Proposal Requests (OPRs). For further inquiries, contractors can contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil, with a proposal submission deadline of January 15, 2026, and a Pre-BOA Invitation Conference to be announced.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    P215 Joint Interagency Task Force - S
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.